Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2023 SAM #7918
SOURCES SOUGHT

58 -- Vehicle Mounted Repeaters

Notice Date
7/31/2023 6:32:34 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA2860Q23028
 
Response Due
8/7/2023 5:30:00 AM
 
Archive Date
08/22/2023
 
Point of Contact
SSgt Jessee Vasquez Arguera, Phone: 2406125679, Julia Lagace, Phone: 2406129438
 
E-Mail Address
jessee.vasquez_arguera@us.af.mil, Julia.Lagace@us.af.mil
(jessee.vasquez_arguera@us.af.mil, Julia.Lagace@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is for Market Research Purposes Only. No awards will be made in response to this RFI The 316th CES/CEF at Joint Base Andrews is seeking to purchase two vehicle mounted repeaters, Motorola DVR-LX P25 or similar. The repeaters will need to be compatible with the Motorola APX 8000H Rugged All Band Portable Radio Series, as these are the current radios being utilized.�If you indicate in your response that you can provide a similar product to the Motorola DVR-LX P25 vehicle mounted repeaters, then you must provide the product name and specifically address how it can intergrade with the Motorola APX 8000H Rugged All Band Portable Radio Series radios currently in use by the 316 CES/CE. In responses to this Sources Sought, please indicate if� you are a Motorola DVR-LX P25 re-seller. Additionaly pleade indicate if there is a existing government contract that these repeaters can be purchased from such as, Tactical Communications Equipment and Services II (TacCOM II).� Reponses to this Sources Sought request should reference �Vehicle Mounted Repeater"" and shall include the following information in this format: 1. Company name, address, pint of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor�s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought. 5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by 8:30 AM Eastern Standard Time, on 7 August 2023. Responses will be accepted via electronic means only to jessee.vasquez_arguera@us.af.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5799642a84624f0a9f088f029484c7a9/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN06770661-F 20230802/230731230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.